Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

C -- Modification to A-E Services for Design of SOF Headquarters Central Utility Plant, MacDill Air Force Base, Florida

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-14-R-0064
 
Response Due
7/23/2014
 
Archive Date
9/7/2014
 
Point of Contact
CT-C Plansroom, n/a
 
E-Mail Address
USACE District, Mobile
(cesam-plansroom@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis was originally posted on 12 June 2014 and modified on 26 June 2014 and is being modified to ADD DEMOLITION REQUIREMENTS to the PROJECT INFORMATION and CLARIFY REQUIREMENTS FOR THE ENVIRONMENTAL ENGINEER in the SELECTION CRITERIA, A. Professional Qualifications. All other requirements remain unchanged. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mrs. Mary F. Breland. This notice is posted in its entirety and hereby serves as the official solicitation for this project. The Contracting Officer is Mr. Carl Wade. CONTRACT INFORMATION: A-E services are required for: site investigation, topographic survey, engineering studies, schematic design (charrette), cost estimates, concept design, final design and construction phase services for the Design of the SOF Headquarters Central Utility Plant at MacDill Air Force Base, Florida. Construction phase services may be accomplished by modification to the contract and include commissioning, shop drawing review, submittal review, site visits, and technical review for Requests for Information inquiries. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Selection of an A-E firm will not be based upon competitive bidding procedures. Costs or price proposals are not required at this time for this solicitation. Price will be negotiated once the firm is selected for award of the contract. The firm will be selected for negotiation based on demonstrated professional qualifications necessary for the performance of the required services. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in November 2014. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: This project will design an approximately 32,300 square-foot, two-story SOF Headquarters Central Utility Plant for the Headquarters United States Special Operations Command at MacDill Air Force Base, Florida. The facility will consolidate the power and HVAC utilities for Buildings 501 (Main Headquarters), 501B (Tier 3 Data Center), and 501C (Administrative Facility). Functional spaces/requirements in the new facility include Uninterrupted Power System (UPS), UPS Battery Storage; backup power generators and associated switchgear and diesel fuel storage tank; chiller plant with associated cooling tower enclosure. Projected system capacities include a 1,500 ton chiller plant, 4,000,000 BTU/H boiler plant, 10 MW Tier III electrical power generation via diesel generators, and 4,400 kVA UPS with batteries sized for 15 minutes. Support facilities include: utilities (water, sewer, and gas), electric services, paving, walks, curbs, gutters, parking, fencing, storm drainage, communication and information systems, fire protection and alarm systems, and site improvements that include landscaping and paving. DEMOLITION SHALL INCLUDE THE COMPLETE REMOVAL OF 4 EXISTING ONE-FLOOR BUILDINGS; BLDG. 502, BLDG. 503, BLDG. 504, AND BLDG. 519. BUILDINGS 502, 503, 504, AND 519 WERE CONSTRUCTED AS PART OF THE SOCOM COMPLEX CONSTRUCTION PROJECT AFTER 1980. IN ACCORDANCE WITH FLORIDA ADMINISTRATIVE CODE 62-257, ALL BUILDINGS SCHEDULED FOR DEMOLITION UNDER THIS PROJECT MUST HAVE LEAD AND ASBESTOS SURVEYS COMPLETED PRIOR TO DEMOLITION. Project will be designed in accordance with the latest versions of: Uniform Federal Accessibility Standards (UFAS); Americans with Disabilities Act Accessibility Guidelines (ADAAG); Architectural Barriers Act (ABA); UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. The design will be prepared using the English system of measurement. Construction cost estimates will be prepared using Corps of Engineers' Computer Aided Cost Estimating System (M-CACES MII Second Generation). The firm will be required to obtain the software from the Huntsville Division Corps of Engineers. The selected firm must have the capability to perform surveying and mapping and geotechnical subsurface investigations. This contract will require Building Information Modeling (BIM) data development to carry out the design requirements of the Mobile District. BIM utilizes computer-aided design (CAD) technology with intelligent information loaded three dimensional models. BIM will assist the Designer of Record in producing complete sets of plans, design analyses, specifications and cost estimates. All BIM models shall be delivered in their proprietary format along with exported IFC models, and 2D CAD drawings (construction documents). The CAD drawings and BIM format shall be specified in the AE scope of work for the project. Technical specifications will be produced with SPECSINTACT software using Unified Facilities Guide Specifications (UFGS). Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The estimated construction cost of this project is more than thirty-four million dollars. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru F are primary. Criteria G is secondary and will only be used as quote mark tie-breaker quote mark among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required where applicable. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes provided in Section E shall be limited to one individual per page, and shall be for individuals that will actually be performing work. For projects showing experience under RELEVANT PROJECTS, Block 19 under PART I, the Design or Title II portion of each project shall have been 100% completed within the past ten (10) years of the date of this solicitation's advertisement. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Disciplines required are as follows: (1) Two Project / Task Order Managers; (2) Two Architects; (3) Two Civil Engineers (specifically Registered in the State of Florida); (4) Two Mechanical Engineers; (5) Two Electrical Engineers; (6) Two Structural Engineers; (7) Fire Protection Engineer (four years experience with all current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety with at least two years experience in the design of sprinkler fire protection systems); (8) Communications Specialist (Registered Communications Distribution Design (RCDD)); (9) Geotechnical Engineer; (10) Environmental Engineer specializing in Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation (PLEASE NOTE THAT A RESUME FOR A CERTIFIED INDUSTRIAL HYGIENIST OR AN OSHA CERTIFIED TECHNICIAN WITH FIVE YEARS OF EXPERIENCE MAY BE SUBMITTED IN LIEU OF A REGISTERED ENVIRONMENTAL ENGINEER); (11) Corrosion Engineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years experience (type specific) in the design of cathodic protection systems; (12 Surveyor (specifically Registered in the State of Florida); (13) Landscape Architect; (14) Cost Estimators. The firm's cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, and PCEA. Resumes for the firm's and/or consultant's cost engineering or estimating specialist(s) for the architectural, structural, civil, mechanical, and electrical disciplines must specifically identify his (their) competence and experience in these disciplines. One cost estimating specialist may demonstrate experience in one or more disciplines, however, if an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. B. Specialized Experience and Technical Competence: In PART I, Section H, provide a narrative describing the firm's experience in the following: (1) Design of Central Energy Plants; (2) Design of large, vertical, military projects including production of construction plans and specifications; (3) Approach to plant commissioning and connecting utilities to adjacent facilities; (4) Preparation of Cost Estimates; (5) Approach for Designing High Performance and Sustainable Buildings; (6) Application of Department of Defense Antiterrorism / Force Protection and Security Engineering Construction Standards; (7) Preparation of permit applications relating to construction projects in the State of Florida; (8) Foundation Design in Karst Environment; (9) Subsurface Utility Investigations. C. Quality Management: Describe the firm's Design Quality Management Plan, including quality assurance process, coordination of the in-house work with consultants including the process for virtual teaming with other offices, and prior experience of the prime firm and any significant consultant(s). D. Past Performance: Past performance on contracts with respect to design-to-cost control, compliance with performance schedules, the capacity to accomplish multiple simultaneous task orders, and performance evaluations such as ACASS ratings for the DUNS Number provided, nationally recognized awards, and other credible documentation included in the SF 330. E. Capacity To Accomplish The Work: Capacity to complete the concept design (35 percent) by an anticipated date of May 2015 and the final design by an anticipated date of November 2015. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. F. Knowledge Of The Locality: Knowledge of climatic conditions such as hurricanes including design for wind loads and projectiles, means of moisture and humidity control, seismic conditions, local/state building codes including facility classification relating to construction projects in the State of Florida. G. (Applies only to Large Business Firms) Small Business, Small Disadvantaged Business And Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. All fonts shall be at least 10 pitch (characters per inch) or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF330 SHALL NOT EXCEED 60 PAGES - FRONT SIDE ONLY. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in Block 5 of the SF330 PART I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A maximum of TEN (10) projects including the prime and consultants will be reviewed in PART I, Section F. The Design or Title II portion of each project shall have been 100% completed within the past ten (10) years. The prime must have completed or accomplished a minimum of six (6) projects themselves. It shall be noted that a single Task Order executed under an Indefinite Delivery Contract is considered a Project, not the Indefinite Delivery Contract itself. Therefore, please include the Contract and Task Order numbers within the Project Description. Clearly indicate the firm's role and type of project, for example, Full Design, Design-Build Request For Proposal Development, or Contractor's Designer of Record. Use no more than one page per project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. SUBMITTALS MUST BE RECEIVED NO LATER THAN 3:00 P.M. CENTRAL TIME 23 JULY 2014. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is TENTATIVELY SCHEDULED to commence on or about 28 JULY 2014. As required by acquisition regulations, interviews for the purpose of discussing the qualifications of prospective contractors for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS ABOUT THIS SOLICITATION SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at https://www.projnet.org. To submit and review inquiry items, prospective Architect-Engineering (A-E) firms will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective A E firms who submits a comment /question will receive an acknowledgement of their comment /question via e mail, followed by an answer to the comment /question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. Questions shall be submitted no later than 09 JULY 2014 at 3:00 p.m. Central Time to allow time for a response, and amendment to the solicitation if necessary. On this date and time the portal will be closed. No other means of communication, i.e.: e-mail, fax, or telephone, will be accepted. Oral exchanges between A-E firms and the government prior to award of the contract will not be binding. In addition to information available to A-E firms on the Bidder Inquiry Portal, any information concerning this solicitation will be furnished to all A-E firms as an amendment to the solicitation if the information is necessary to the submittal of SF330s. The Solicitation Number is: W91278-14-R-0064 The Bidder Inquiry Key is: MJBB25-SPM52B Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. A-E firms are requested to review the solicitation and amendments in their entirety, as well as to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: ANY INQUIRY SUBMITTED AND ANSWERED WITHIN THIS SYSTEM, WILL BE ACCESSIBLE TO VIEW BY ALL INTERESTED OFFERORS OR BIDDERS ON THIS SOLICITATION. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your submittal has been delivered, you may e mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-14-R-0064/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN03419554-W 20140711/140710023256-d943041e631620716d59f646d47e023c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.